Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2005 FBO #1384
SOLICITATION NOTICE

70 -- Intergrated Computer System/Cluster

Notice Date
9/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-05-T-0916
 
Response Due
9/13/2005
 
Archive Date
11/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes ar e being requested and a written solicitation WILL NOT be issued. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0916. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 334111 and the Business Size Standard is 1000. The Government contemplates award of a firm-fixed price contr act resulting from this combined synopsis/solicitation. The contractor shall provide: Clin 1 - System, Integrated Computer, consisting of 33 rack mounted compute modules interconnected by fast Ethernet, to include a master/host node, 32 slave nodes, netwo rk, storage/peripherals, integration, as described in Technical Requirements: Technical Requirements 1. General: This requirement is for a computer system consisting of one host node And 32 slave nodes fully integrated and working together as a single system. It Will be mounted in a standard rack cabinet(s) and will consist of the following Major comp onents as described. 2. Slave Nodes: -Quantity 32 - Dual AMD Opteron processors (dual core preferred but not required) - 4GB RAM minimum - SuSE Enterprise Server 9 OS - Gigabit Ethernet - Rack mountable 3. Master Node: - Dual AMD Opteron processors - 4GB RAM minimum - SuSE Enterprise Server 9 OS - Gigabit Ethernet - Minimum of two network adapters - Rack mountable 4. Storage - Minimum of 2TB - Network attached storage - Rack mountable 5. Network - Gigabit switch and all cables - Rack mountable 6. Rack: Standard rack enclosure with all hardware. 7. Documentation: Two copies of technical manuals, drawings, etc. 8.Acceptance: Install, integrate and demonstrate performance. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21005. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When S ubcontracting with contractors debarred, suspended or proposed for debarment 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.217-9 Option to extend Term of the Contract, 52.223-11 Ozone-Depleting Substances, 52.247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The contract will be awarded to Low Price Technically Acceptable. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the offer. To ensure sufficient information is available, vendors must furnish as part of their offer all d escriptive material (such as illustrations, drawings, or other information) necessary for the Government to determine whet her the product meets the salient characteristics of the requirement. The government reserves the right to make an award without disc ussions. The Government reserves the right to award on an all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representatio n and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applic able: FAR 52.203-6, Restrictions on Subco ntractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52. 222-2 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 A ffirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Tra nsfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in t he clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 22 27). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail by 1 3 Sep 2005 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Jeanine Worthington), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) data base prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCRINQ. For questions concerning this solicitation contact Jeanine Worthington, Contract Specialist via email to: jeanine.worthington@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00890293-W 20050910/050908212553 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.